NOTICE TO CONTRACTORS
NOTICE IS HEREBY GIVEN that sealed bids will be received by the County of Placer ("County") at the Office of Procurement Services prior to 11:00 A.M., July 16, 2025, for furnishing all labor, material, tax, transportation, equipment, and services necessary for the following project:
FORMER LINCOLN GUN RANGES REMEDIATION PROJECT
PROJECT NUMBER: PJ00082
Bids must be received by the County of Placer's Bids&Tenders website not later than the date and time stated above, and will be opened immediately after said time. Any bids received after the time specified shall be returned unopened.
NTC-1. Description of Work: The Work consists generally of the following: Soil remediation of former Placer County gun range sites which included a pistol shooting range and a trap and skeet shooting range. Lead associated with bullets and shot has impacted the soil at the two gun ranges and polynuclear aromatic hydrocarbons (PAHs) associated with the targets (clay pigeons) have impacted the soil at portions of the skeet range.
The County has estimated cost of the Work to be: Three Million One Hundred Twenty-One Thousand Seven Hundred Twenty Dollars ($3,121,720.00). Solicitation for bids will include a County Controlled Contingency of Six Hundred Twenty-Five Thousand ($625,000.00) to address unforeseen conditions
NTC-2. Obtaining Contract Documents: Official copies of the Contract Documents for bidding may be downloaded free of charge at the following link: https://placer.bidsandtenders.net.
All questions concerning this project or the Contract Documents shall be submitted online via Bids&Tenders and must be received by the Office of Procurement Services on or before the bid opening date. The County makes no assurances that questions received within five (5) calendar days of the bid opening date will be answered prior to bid opening.
A pre-bid site visit will be held on July 1, 2025 at 11:00 AM at the project location: 351 Oak Tree Lane, Lincoln, CA.
NTC-3. Construction License: The successful bidder must possess at all times a valid Class B General Building Contractor's License issued by the State of California a Hazardous Waste Substance Removal Certification ( Business & Professional Coade, Division 3, Chapter 9) and a California Department of Toxics Substances Control (DTSC) registration (DTSC Hazardous Waste Transporter Requirements Fact Sheet | Department of Toxic Substances Control) Link: https://dtsc.ca.gov/hazardouswaste-transporter-requirements-fact-sheet/.
The Work is subject to the payment of not less than prevailing wages under California Labor Code Section 1770 et seq. The work is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be awarded a contract for public work on a public works project awarded on or after April 1, 2015 unless registered with the Department of Industrial relations pursuant to Labor Code section 1725.5. Additional information regarding prevailing wage and CMU requirements is available upon request from the County, and at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm and https://www.dir.ca.gov/dlse/cmu/cmu.html.
NTC-4. Proposal Guarantee: All bids must be sealed and accompanied by cash, cashier's check, certified check, or Bid Bond made payable to the County in the sum of not less than ten percent (10%) of the amount of the bid. For the purposes of this Section, "the amount of the bid" does not include alternates, if any.
The cash, cashier's check, certified check or a bond on the form included in the Contract Documents shall be given as a guarantee that the successful bidder will enter into a written contract within ten (10) days after being requested to do so and will be considered as the stipulated amount of liquidated damages in the event the bidder is unable to or refuses to execute a contract for the work. Upon an award to the successful Bidder, the security of unsuccessful bidders shall be returned in a reasonable period of time
NTC-5. Submission of Proposals: Bids will be received by the County of Placer Office of the Purchasing Manager prior to the date and time referenced above, immediately after which time they will be publicly opened and read at said address. Bidders are strongly encouraged to submit their bids online in the Bid&Tenders system. Bids which are submitted in hard copy format shall be submitted in sealed envelopes addressed to the County of Placer Office of Procurement Services, 2964 Richardson Drive, Auburn, CA 95603 and shall identified on the outside of the parcel by the project name and bid number. Faxed, e-mailed, or electronic bid responses will be rejected.
Bids shall be made upon the form(s) provided in the bid documents. No bidder may withdraw its bid for a period of Sixty (60) days after the time set for the opening of bids.
NTC-6. Award: The Contract, if it is awarded, shall be awarded to the lowest base bid from a responsible bidder whose proposal complies with the specified requirements. The award of Contract will be made by the Director of Facilities Management. The Contractor shall execute and return the Contract, with the required bonds and insurance certificate, within ten (10) calendar days after notice of award.
NTC-7. Rejection of Bids: The County reserves the right to reject any or all bids. The County reserves the right to waive any minor or immaterial irregularities in the bids.
NTC-8. Bonds: The successful bidder shall be required to furnish both a payment bond in an amount equal to one hundred percent (100%) of the Contract price and a faithful performance bond in an amount equal to one hundred percent (100%) of the Contract price on the form set forth in the Contract Documents.
NTC-9. Substitution of Securities: Bidders are informed that, pursuant to Public Contract Code section 22300, the successful bidder may substitute securities for any monies withheld by the County to insure performance of the Work.
IPL0241738
Jun 18,25 2025